MODIFICATION
C -- IDC S-101 for Construction Phase Services - Resident Engineer Inspection (REI) Support for East River Bridges Project Indefinite Delivery Architect - Engineer (A-E) Contract
- Notice Date
- 5/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-10-R-0018
- Response Due
- 6/7/2010
- Archive Date
- 8/6/2010
- Point of Contact
- Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. One (1) A-E firm will be selected from this announcement. One (1) indefinite delivery contract will be negotiated and awarded. The subject contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Architect-Engineering services using full and open competitive procedures. The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of the contact is a maximum of 120 months. The maximum contract value for the REI services will not exceed $35,000,000 (FARS 36.601-3-90(e)(1) and (f)). The Government is currently seeking approval to increase the maximum contract value to $60,000,000. It is unknown whether such approval will be granted. If your firm is only interested in participating in this procurement for one of the specified maximum contract values, please specify in your response. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the Government guarantees a minimum ordering obligation of $35,000. (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum ordering guarantee.) Task orders will be issued by negotiated firm fixed price task orders and labor hour task orders. The task orders will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Task orders for the inspection services which are negotiated on a labor hours basis will include a ceiling price that if exceeded will be at the A-Es own risk. Language will also be included in the contract for the A-E to notify the Government when the A-E reaches 85 percent of the dollar amount of the task order. If the task orders ceiling price needs to be subsequently modified after issuance due to changes in scope, the Government will document the contract file as to the necessity for the change. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract escalation factors will be negotiated and applied to the 2nd through 10th calendar years of the contract. Temporary Duty Costs (TDY) to New York City will not be paid. Rates will be audited in accordance with standard Government practices. March 2011 is the approximate award date of the contract pending award of the East River Bridges Construction Contract. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). A firm must be registered in the DOD Central Contractor Registration (CCR) and must be listed in New York Citys VENDEX database in order to be eligible to receive a contract. The firm shall provide proof that they are listed in New York Citys VENDEX database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at (800) 334-3414. For information on VENDEX questionnaires and the database, access the Mayors Office of Contract Services at http://www.nyc.gov/html/mcos/html/procurement/responsibility.shtml. 2. PROJECT INFORMATION: The purpose of IDC S-101 is for Construction Phase Services - Resident Engineer Inspection (REI) Support for the East River Bridges (Brooklyn Bridge, Manhattan Bridge, Williamsburg Bridge, and Queensboro Bridge) for physical security / safety improvements on and around the East River Bridges in New York City. Some work elements will include design features and/or areas of the bridges that are historically significant to the structure and the site in which they being constructed. Most of the work will take place after normal working hours during nights and weekends in locations adjacent to or in close proximity of active vehicle, bicycle, pedestrian, and mass transit traffic areas requiring maintenance and protection of traffic (MPT) / Work Zone Traffic Control (WZTC). Most of the work will require temporary closure of roadways, pedestrian and bike paths, and subways (MPT). It is anticipated that other capital construction work (performed by others under separate contract) will be in progress during the performance of this work, and therefore may require coordination with other contractors. Employees will be subject to background checks. 3. SECURITY REQUIREMENTS: This project is not classified; however, the scope of work is considered highly sensitive in nature and is designated For Official Use Only (FOUO). The selected prime contractor and each subcontractor shall sign and submit a Non-Disclosure Agreement to obtain conditional access to the FOUO information that will be required with this contract. The Non-Disclosure Agreement form will be provided to the selected firm. Security requirements for this project are as follows: E-Verify: The prime contractor and subcontractors are required to use the E-Verify system administered by the U.S. Department of Homeland Security (DHS), U.S. Citizenship and Immigration Services (USCIS), as the means of verifying that their employees are authorized to work in the United States. Information on registration and use of E-Verify can be obtained via the internet at http://www.dhs.gov/EVerify. Records of these screenings shall be maintained and be subject to submission and review by the Government upon the request of the Contracting Officer or designated representative. Personnel who are not authorized to work in the United States, as verified through E-Verify, are not permitted to work on this project in any capacity. Personnel Assurance: The firm selected to perform on this project must maintain their own personnel assurance program (i.e., background screening and credentialing of all personnel and all workers) to insure safe and threat-free work sites. The personnel assurance program shall be fully auditable. Records of these screenings shall be maintained and be subject to submission and review by the Government upon the request of the Contracting Officer or designated representative. a. As a minimum, the personnel assurance program must screen all prime contractor and subcontractor personnel to the following criteria: (1) Social Security Number - Positive Identity Verification (PIV) (2) Federal District Court Search ( Each district of residence and employment) (3) National Criminal Search (4) Statewide Criminal Check (Each state of residence and employment) (5) County Criminal Search (Each county of residence and employment) (6) Sexual Offender Search (each resident state) (7) Alien Immigrant Search (8) Immigration Violation Check (9) Fake Identification Convictions (10) State Driving Record (11) Check for false statement or omissions on screening form (12) National Terrorist Watch List Search (OFAC-SDN) b. Personnel found to have disqualifying criminal offenses, as verified through the personnel assurance program, are not permitted to work on this project in any capacity. (I) An individual has a disqualifying criminal offense if the person has during his / her lifetime been convicted, or found not guilty by reason of insanity, in a civilian or military jurisdiction of any of the following criminal offenses: (a) Terrorism a crime listed in 18 USC Chapter 113B or a State law that is comparable. (b) Violations of the Racketeer Influenced and Corrupt Organizations Act, 18 USC 1961, et. seq., or a State law that is comparable. (c) A crime involving a severe transportation security incident. (d) Making any threat, or maliciously conveying any false information knowing the same to be false, concerning the deliverance, placement, or detonation of an explosive or other lethal device in or against a place of public use, State or Government facility, a public transportation system, or an infrastructure facility. (e) Improper transportation of a hazardous material under 49 USC 5124, or State law that is comparable. (f) Murder, Espionage, Sedition, Treason. (g) Unlawful possession, use, sale, distribution, manufacture, purchase, receipt, transfer, shipping, transporting, import, export, storage of, or dealing in an explosive or explosive device. (h) Conspiracy or attempt to commit any of the criminal acts listed in this paragraph. (II) An individual has a disqualifying criminal offense if the person has during the ten (10) years from completion of sentence to the date of application been convicted, or found not guilty by reason of insanity, in a civilian or military jurisdiction of any of the following offenses: (a) Forgery of certificates, false markings of aircraft, and other aircraft violations (b) Interference with air navigation (c) Aircraft piracy (d) Interference with flight crewmembers or flight attendants (e) Commission of certain crimes aboard aircraft in flight (f) Carrying a weapon or explosive aboard aircraft (g) Conveying false information and threats (e.g., bomb threats, explosives in briefcase, etc., in security areas) (h) Aircraft piracy outside the special aircraft jurisdiction of the United States (i) Lighting violations involving transporting controlled substances (j) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security requirements (k) Destruction of an aircraft or aircraft facility (l) Assault with intent to murder (m) Kidnapping or hostage taking (n) Rape or aggravated sexual abuse (o) Extortion (p) Armed or felony unarmed robbery (q) Distribution of, possession with intent to distribute, or importation of a controlled substance (r) Felony arson (s) Felony involving a threat (t) Felony involving: i. Willful destruction of property ii. Importation or manufacture of a controlled substance iii. Burglary or robbery iv. Theft v. Dishonesty, fraud, or misrepresentation, including identity fraud and money laundering vi. Possession or distribution of stolen property vii. Aggravated assault viii. Bribery ix. Illegal possession of a controlled substance punishable by a maximum term of imprisonment of more than one (1) year x. Smuggling xi. Immigration violations (u) Violence at international airports (v) Unlawful possession, use, sale, manufacture, purchase, distribution, receipt, transfer, shipping, transporting, delivery, import, export of, or dealing in a firearm or other weapon. A firearm or other weapon includes, but is not limited to, firearms as defined in 18 U.S.C. 921(a)(3) or 26 U.S.C. 845(a), or items contained on the U.S. Munitions Import List at 27 CFR 447.21. (w) Conspiracy or attempt to commit any of the criminal acts listed in this paragraph Government Background Check: In addition to the contractors personnel assurance program, all contractor personnel affiliated with this project shall be required to complete a background screening application which authorizes U.S. Army Corps of Engineers to conduct background screenings of personnel associated with this project. This screening shall consist of queries of one or more government data bases and potentially the data bases of companies who routinely collect personnel data for the purpose of completing background screenings (i.e., third party verification). Failure by personnel to consent to this screen shall preclude any and all forms of participation on this project. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary selection criteria. Criteria g through i are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection Criteria: The firm is required to have the following resident engineering support and construction inspection services for physical security / safety improvements with preference in the New York City area (Manhattan, Brooklyn, and Queens Boroughs), on and around bridges: a. Specialized experience and technical competence in: 1. Monitoring of construction contractor activities for conformance with contract documents utilizing the NYSDOT Standard Specifications and Steel Construction Manual; monitoring site conditions to ensure proper Maintenance and Protection of Traffic and a safe environment is maintained for workers and the general public during construction; monitoring erection to ensure the public is protected during construction operations and maintenance of traffic routes to ensure contractor compliance. 2. Accuracy spot checks of layout / survey stake out work performed by the contractor; assistance with field measurements and computations for determining contractor payments. 3. Reviewing and monitoring erection plans for structural steel under the NYSDOT Standard Specifications and the NYSDOT Steel Construction Manual, layout of conduits, electrical wiring both permanent & temporary for compliance; checking installation of fiber optic wire installation for compliance; checking installation of Electronic Surveillance equipment such as cameras, detectors, card readers and other intrusion detection system components for compliance; checking installation of diesel and UPS battery power back up for compliance; checking excavation and concrete / asphalt placement for compliance; checking marine construction such as shoals, dolphins and cofferdams for compliance; checking hardened doors / hatches and other forced entry protection and fencing for compliance; checking removal and replacement of paint for compliance. 4. Assisting with force account management, administering, processing and coordination of shop drawings / submittal approval process; as well as project closeout and as directed by the Resident Engineer. 5. Furnishing assistance and aid during conferences with interested parties when requested. 6. Offsite inspection of fabricated, including welding, and/or manufactured materials. 7. Attending liaison, progress, and coordination meetings as required. 8. Performing detailed inspection work and field tests of materials and items of work to ensure contract compliance. 9. Public outreach with demonstrated large metropolitan area public outreach liaison experience including planning and implementing public outreach programs for press releases, public advisories, dedicated telephone hotlines, web sites and quarterly news letters. 10. Coordinating with Local, State, and Federal governments, agencies, authorities, utility companies and commissions such as ConEd, NYC Transit Authority, MTA, Design Commission, Landmark Preservation Commission, NYC Department of Environmental Protection, and etc. 11. Supplying Construction Phase Services - Resident Engineer Inspection Support on Long Span Suspension and Cantilevered Truss Bridges, under the New York State Department of Transportations Standard Specifications and Steel Construction Manual. b. Qualified professional personnel in the following key disciplines: 1. Project Manager 2. Technical Advisor ASCE Grade VIII 3. Resident Engineer ASCE Grade VII 4. Structural Engineer ASCE Grade VI 5. Civil Engineering ASCE Grade V 6. Mechanical Engineering ASME Grade V 7. Electrical Engineering IEEE Grade VI 8. Environmental Engineer ASCE Grade IV 9. Scheduling Engineer ASCE Grade III 10. Maintenance Protection of Traffic Engineer 11. Safety Engineer, ASCE Grade V/VI 12. NICET Highway Construction Technician, Level IV having passed Work Elements 16003, 16005, 17003, and 17005; or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) of simlar qualifications that are acceptable to the COR 13. NICET Highway Construction Technician, Level III having passed Work Elements 15004, 15006, 16003, and 16005; or a NICET currently recertified General Knowledge Designation, Engineering Technician (ET) of similar qualifications that are acceptable to the COR 14. NICET Highway Construction Technician, Level III having passed Work Elements 15003, 15004, 15006, 15007, and 15011; or a NICET currently recertified General Knowledge Designation, Engineering Technician (ET) of similar qualifications that are acceptable to the COR 15. NICET Highway Construction Technician, Level I having passed Work Elements 11001, 11003, 12001, 12004, 12006, and 12010 16. AWS Certified Welding Inspector IAW D1.1/1.5/1.6, ASNT Level II qualification; who is also certified under the NYSDOT UT Technician Program. Such personnel can also be one the above, Levels III or IV, NICET Highway Construction Technicians 17. NICET currently recertified Civil Engineering Technology General Knowledge Designation, Engineering Technician (ET) with training, qualification and/or certification under AISC-Application and Inspection of Sophisticated Coatings, NACE-International Coating Inspector Training and Certification Program Session I: Coating Inspection Training, SSPC-C1 Fundamentals of Protective Coatings for Industrial Structures, NHI-Bridge Coating Inspection Course No. 13079, or other training acceptable to the COR. Such personnel can also be one the above, Levels III or IV, NICET Highway Construction Technicians 18. NICET Inspection and Testing of Water-Based Systems Technician, Level III having passed Work Elements 45006, 45007, and 45010; or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) of similar qualifications that are acceptable to the COR 19. NICET currently recertified Electrical/Electronics, Electrical Testing or Electrical Power Engineering Technology General Knowledge Designation, Senior Engineering Technician (SET) with qualifications that are acceptable to the COR. Alternatively, an IAEI Master Electrical Inspector or an ICCC E2 Commercial Electrical Inspector with qualifications acceptable to the COR. 20. NICET Video Security Systems Technician, Level IV; or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) of similar qualifications that are acceptable to the COR 21. NICET Audio Systems Technician, Level III having passed Work Elements 15002, 15004, 15005, 15013, 15015, and 15016; or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) of similar qualifications that are acceptable to the COR NOTES: 1) Resumes must be provided for each discipline. 2) A New York State license is required for engineers that are Grade IV and above. Engineers shall possess a New York State license or be able to obtain one through reciprocity before being able to work on the project. The evaluation will consider education, registration, and training and overall and relevant experience; particularly their experience on large key bridges undergoing rehabilitative work while being kept under traffic using information from Section E of the SF330. The evaluators will also look at the specific experience of the listed key discipline lead professionals (one per discipline) as stated in Section E of the SF330. The SF330 includes a matrix in Section G showing experience of the proposed lead professionals on the projects listed in Section F of the SF330. The A-E is required to have registered professional engineers available for all projects. c. Past Performance on NYCDOT, MTA, NYSDOT, DoD and other contracts with respect to supplying Construction Phase Services - Resident Engineer Inspection Support on long span suspension and cantilevered truss bridges, cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firms inspection services on long span suspension and cantilevered truss bridges, cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF330. Letters shall be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: Qualified Licensed Project Managers, Technical Advisors ASCE Grade VIII, Qualified Licensed Resident Engineers ASCE Grade VII, Qualified Licensed Civil, Structural, Mechanical, Electrical and Environmental Engineers ASCE Grade IV, and Scheduling Engineers ASCE Grade III, Qualified Chief Inspectors, Sr. Inspectors, MPT Engineers, Safety Engineers, Sr. Coating Inspectors NICET Grade IV, Qualified Civil, Structural, Mechanical, Electrical and Coating Inspectors NICET Grade III, Certified Welding Inspectors AWS Level II with NYSDOT UT, Inspectors NICET Grade II and Inspector - Trainee NICET Grade I. A New York State license is required. Engineers shall possess a New York State license or be able to obtain one through reciprocity. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF330 for each firm and each office of each firm that is part of the proposed team. e. Indicate if your firm has a personnel assurance program as specified in item number 3 (Security Requirements) above to insure safe and threat-free work sites or ability to put such a system in place. Provide your personnel assurance program and describe how it will be implemented for this project. The items noted in this paragraph shall be limited to 60 pages and are to be included in Section H of the SF330. f. Knowledge of the locality which includes knowledge of the local construction methods, rules and regulations. Secondary Selection Criteria: g. Extent of participation of Small Business (specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)), woman-owned small business, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, as defined by the Small Business Administration size standard. h. Geographic proximity in relation to the New York District. i. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including Small Business (specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)), woman-owned small business, and minority institutions and firms that have not had prior DoD contracts. 5. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit five (5) copies of a comprehensive SF330 (06/2004 edition), which includes all subconsultant information. The SF330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0. The forms can be downloaded into a.pdf file type. Each key office on the team shall indicate a DUNS # in Block 4 of Part II of the SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF330 is limited to 220 pages. Section H is limited to 100 pages. Each page shall be numbered. Section dividers do not count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF330 is posted on the New York District USACE website: http://www.nan.usace.army.mil. Click Business Opportunities then Advertised Solicitations. Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330. Submit five (5) completed SF330s to: Attn: Stephen DiBari, P.E., Room 2037, CENAN EN-M US Army Corps of Engineers New York District, 26 Federal Plaza New York, New York 10278-0090 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOpps. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-R-0018/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02159547-W 20100527/100525235127-33f13326f14efeb4d7064259d6a908e9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |